Section one: Contracting authority
one.1) Name and addresses
Leicester City Council
City Hall (4th Floor), 115 Charles Street
Leicester
LE1 1FZ
Contact
Mr John Morgan
Telephone
+44 1164540347
Country
United Kingdom
NUTS code
UKF21 - Leicester
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert?advertId=231ad33a-8afa-eb11-810d-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert?advertId=231ad33a-8afa-eb11-810d-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PAN2535 - Families Temporary Accommodation
Reference number
DN556508
two.1.2) Main CPV code
- 85311000 - Social work services with accommodation
two.1.3) Type of contract
Services
two.1.4) Short description
Leicester City Council invites Tenders for the provision of families temporary accommodation
The Supplier will be required to deliver a property management service providing self-contained temporary accommodation across the geographical area of Leicester City for homeless families including pregnant couples and singles. All accommodation provided must have self-contained facilities (i.e. each family has sole use of the property including kitchen and bathroom/s) and be fully furnished and decorated.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85311000 - Social work services with accommodation
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
Main site or place of performance
Leicester
two.2.4) Description of the procurement
Leicester City Council invites Tenders for the provision of families temporary accommodation
The Supplier will be required to deliver a property management service providing self-contained temporary accommodation across the geographical area of Leicester City for homeless families including pregnant couples and singles. All accommodation provided must have self-contained facilities (i.e. each family has sole use of the property including kitchen and bathroom/s) and be fully furnished and decorated
The service(s) is specifically for homeless families. Providers will work closely with the Homelessness team to provide suitable emergency/temporary accommodation for households assessed as homeless, or who are eligible for temporary accommodation while awaiting a homelessness decision under The Homelessness Reduction Act 2017.
The service will provide for a full property management service for temporary accommodation let to homeless families referred by the Council covering property acquisition, managing lettings processes, tenancy management including repairs and maintenance, property inspections, minimising void periods and clients moving-out of temporary accommodation.
The service(s) will be available to families where the main client is 18 years and over.
Suppliers will be required to offer services to and be sensitive to the needs of all clients with protected characteristics as covered by the Equality Act 2010. The protected characteristics covered are; age, gender reassignment, pregnancy and maternity, religion and belief, sexual orientation, sex (gender), disability, marriage or civil partnership and race (includes ethnic or national origin, colour and nationality).
The service(s) will be delivered within the geographic boundaries of Leicester City.
The accommodation shall be appropriately located in suitable premises that balance the support needs of this customer group with the local community. The properties should be dispersed across the city, so where possible, homeless families can remain close to their existing community and continue to access the same support locally (e.g. schools, health services); minimising the disruption of homelessness to families.
The proposed Contract will be for three years with an option to extend for a period or periods totalling no more than a further four years. We anticipate awarding to a single Supplier.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The proposed Contract will be for 3 years with an option to extend for a period or periods totalling no more than a further 4 years. We anticipate awarding to a single Supplier
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
15 September 2021
Local time
12:00pm
Changed to:
Date
15 October 2021
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
15 September 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Construction and Technology Court (Queens Bench Division)
Priory Courts, 33 Bull Street
Birmingham
B4 6DS
Country
United Kingdom